SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS

advertisement
SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS
B.1. General.
(a) The Construction Manager (CM) shall provide a variety of project management services including,
but not limited to: pre-planning, programming, design management, design review, procurement
support, construction management, commissioning, and post-construction support in cooperation with
GSA (owner) personnel, building occupants (as GSA clients), architect-engineers, and construction
contractors. The CM does not perform design or actual construction work. All contracts for design
and construction will be directly with GSA. The level of services required by the CM is dependent
on GSA’s available resources. All work will be performed based on firm, fixed price task orders
issued, as needed, under the basic contract for services. The fixed price of these task orders shall
include the cost for all management, supervision, labor, materials, supplies, and equipment (except as
otherwise provided). Further, the CM shall plan, schedule, coordinate, and assure effective
performance of all services described in the respective task order.
(b) The contract is national in scope, supporting projects, on an as-needed basis, within all eleven GSA
Regions and the GSA Central Office. GSA has a wide variety of design and construction projects
nationwide involving both new construction and/or renovations of existing buildings. Some of the
existing buildings are historic properties. The building types include federal office buildings, federal
courthouses, border stations, laboratories, warehouses, and other types of real property. Project sizes
range from small remodeling or repair projects to multi-million dollar new buildings or major renovations
of existing facilities.
(c) GSA intends to use the “Construction Management Standards of Practice” issued by the Construction
Management Association of America (CMAA) in developing task order scopes of work. GSA also
intends to use CMAA publications titled “Contract Administration Procedures”, “Time Management
Procedures”, “Cost Management Procedures”, and “Quality Management Guidelines” that supplement the
“Construction Management Standards of Practice” in developing the task order scopes of work. These
CMAA documents establish industry standards of service to define the full range of construction
management services without limiting the methods and procedures by which those services will be
provided for a particular project or program. The documents are intended as a guide to the level of
services a CM could provide. The individual task orders will specify the services to be provided. Not
every task order will require every service listed in these CMAA documents. Conversely, some task
orders may require unique CM services not listed in these documents.
(d) CM firms are encouraged to provide staff certified as construction managers by the Construction Manager
Certification Institute sponsored by the CMAA.
B.2. Contract Type/Duration.
(a) The contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) contract against which firm
fixed price task orders will be issued. The contract will consist of a base year, extending one full year
(365 calendar days, 366 calendar days if a leap year occurs) from the date of contract award (As an
example, if contract award occurred on October 15, 2003, the base year is effective through October
14, 2004), and four (4) additional one full year options, to be exercised at the discretion of the
Contracting Officer, for a potential total contract duration of five (5) full years from the contract
award date.
(b) Maximum Total Contract Amount. The base year and each of the four potential option years will
each have a Maximum Order Limit (MOL) of $5,000,000 for a total potential aggregate contract total
of $25,000,000. The unused MOL balance of each period may be brought forward to the succeeding
periods.
I-B-1
(c) Guaranteed Minimum. The Government will order at least $25,000 in services during the base year
of the contract. (Note: The guaranteed minimum order amount applies to the base year only. Award
of the additional option years is not guaranteed nor is there a guaranteed minimum order amount in
any given option year that is exercised.)
B.3. Contract Task Orders.
(a) All CM services will be procured through the issuance of contract task orders as requirements occur.
Contract task orders will be issued using the GSA Form 300, titled “Order for Supplies and Services”.
A GSA Form 300-A may be used for continuation sheets when necessary. Attachments forming part
of each contract work order may also be used for lengthy statements of work, etc. All contract task
orders will be priced with an appropriate fixed dollar value and indicate a performance period for the
required services. The task order performance period may extend beyond the expiration date of the
current contract effective period (The end date for either the base year or exercised option years
whichever is latest). Task orders, and associated modifications, must be signed by the Contracting
Officer or a designated Contracting Officer’s Representative (COR) to be valid (Designated COR’s
will be identified in writing at contract award). The GSA Form 300 will also be used to modify
issued task orders when necessary.
(b) The hourly contract man-hour rates (including the appropriate regional multiplier factor) shall be used
for pricing the level of effort in each contract task order. Rates for disciplines not included in the
initial contract must be priced and incorporated by modification to the basic contract before being
used in contract task orders unless adequate cost and pricing data is available to demonstrate the
reasonableness of the rate/cost.
(c) Cost proposals for task orders shall typically be submitted within five (5) working days after receipt
of the Government proposal request and scope of work unless a longer time is requested or granted
due to the complexity of the request. Typically, the CM will be provided with a project specific
statement of work with a proposal request as initiation of a task order. When authorized or requested
by the Government, reimbursable incidental expenses required in connection with the work scope
shall be included as part of the cost breakdown in the proposal. The firm fixed price for each contract
task order will be based on fixed hourly rates established in the contract for the effective period(s)
when they will be performed, the appropriate regional multiplier factor, the negotiated level of effort
for each required discipline, travel (if authorized), miscellaneous items, reproduction costs,
deliverables, and all other terms agreed upon by the parties.
(d) In addition to costs and performance time, proposals submitted in response to specific task order
scopes of work shall identify the proposed CM team/personnel that will be provided. The proposed
team/personnel shall be subject to Government acceptance and approval. (See Clauses C.12 and H.2
for requirements regarding CM personnel staffing and assignments)
(e) When urgencies occur, the Contracting Officer may unilaterally issue contract task orders on a not-toexceed price basis and the CM is required to immediately proceed with performing all such work.
Definitized pricing for such task orders shall be resolved as quickly as possible after the order is
issued through negotiations between the parties.
(f) Work shall not commence in relation to a project specific task order until the task order has been
signed by the Contracting Officer or their designated representative (COR). Issued task orders will
serve as the notices to proceed with the corresponding work.
I-B-2
(g) Since multiple awards of contracts (up to 5) are planned, awardees will be given a fair opportunity to
be considered for each task order over $2,500. Factors such as price, past performance on prior task
orders under the contract (including quality of deliverables/services, timeliness, and cost control), and
potential impact on other orders placed with the contractor will be considered in determining award of
individual task orders. Individual task orders may also contain incentive clauses providing for
payment of additional fixed fees where pre-determined performance measures are established.
B.4. Contract Executive.
(a) The CM shall identify a Contract Executive who shall be responsible for the overall administration
and coordination of the CM’s activities on the contract. The Contract Executive shall be the principal
point of contact between the CM, and the Contracting Officer as well as the principal point of contact
for task order proposal requests, contract correspondence, etc.
(b) The Contract Executive shall assume the general responsibility, on behalf of the CM, for assuring
timely submission of proposals, availability of work teams, and the quality of the CM services
provided.
(c) The Contract Executive shall assure that a written quarterly report is provided to the Contracting
Officer beginning 3 months after contract award. The quarterly report shall summarize the contract
status identifying pending and issued task orders for each GSA Region and the Central Office. The
report shall also provide a summary indicating the value of the pending and issued task orders with
respect to the established Maximum Order Limitation amount.
B.5. Travel.
Travel will not be reimbursed except as provided in the following paragraphs:
(a) Projects requiring the services of the CM will be nationwide. There will not be any reimbursement
for travel to projects within a 50 mile radius of any local office areas of the CM. (Note: Local offices
are defined as established branch and/or home offices of the CM firm and specifically exclude
temporary field offices established at project sites)
(b) Any travel to be allowed must be authorized by the COR in advance. The allowable travel
reimbursement per visit to sites in cities or locations outside of the CM’s local office areas shall be
fixed based on allowable fares and per diem cost that shall not exceed the rates set forth in the Federal
Travel Regulations in effect at the time the contract task order is negotiated. In addition, all travel by
privately owned vehicle outside of the local office areas will be reimbursed based on Federal Travel
Regulations mileage rates. Travel costs that can not be established per Federal Travel Regulations
shall be negotiated between the appropriate GSA representative and the CM and confirmed through
contract modifications issued under the “Changes” clause.
(c) No travel reimbursement will be authorized unless the CM provides sufficient written evidence of
costs incurred, including receipts, vouchers, or other information as may be required by the
Government.
B.6. Payments.
(a) Progress payments will be made on individual task orders as CM work proceeds upon submission of a
signed invoice, on company letterhead, by the CM firm. The invoice must be signed by an
appropriate representative of the CM firm and should also reflect the “ACT No.” assigned to the work
order (in Block 4 of the GSA Form 300). Pre-invoice payment meetings or discussions are
I-B-3
encouraged to resolve any problems with the invoice and assure that payment is expedited once the
invoice is received. Payment will normally be made within 30 calendar days from receipt of the
invoice by the Government unless a different timeframe is specified in the task order. Upon contract
award, the CM shall provide the information necessary to permit all payments to be made by
Electronic Funds Transfers (EFT).
(b) Final payment for each contract task order will only be made when the services required in the order
are completed and accepted by the Government. To receive final payment for each individual task
order, the CM must include a completed GSA Form 1142, Release of Claims, with their final invoice.
To be accepted, the GSA Form 1142 must be signed, witnessed, and affixed with either the firm’s
Corporate Seal or the seal of a Notary Public.
B.7. Contract Hourly Rates/Schedule.
(a) The Government has specified certain Disciplines/Labor Categories required for contract
performance. These are indicated in the schedules for the base year and 4 option years at the end of
Section B. The CM is to propose hourly rates for each discipline/labor category in the schedule. The
CM must also propose a regional multiplier for each of the 11 GSA Regions. The hourly rates for
each discipline times the appropriate multiplier factor for the location where the work will be
performed will be used for pricing task orders in each of the respective performance periods. Note
that the GSA estimated man-hours are solely for evaluation of the hourly rates contained in each offer
and do not guarantee the actual work to be performed by each Discipline/Labor Category.
(b) The hourly rates proposed by the CM and accepted at contract award for each respective performance
period, i.e., the base year or one of the four option years, are to be fixed for the duration of that
period, including any short term extensions to the last option period not exceeding six (6) months.
The regional multiplier factors are to be fixed for the duration of the entire contract. Hourly rates and
the multiplier factors are not to exceed two decimal places.
(c) Requirements for disciplines/labor categories and/or travel to locations (outside a 50 mile radius of
the CM’s local office areas) not listed in this contract, or for related special or unusual services, are
classified as “miscellaneous” (See Clause B.8) services. Such services may be required by the
government through contract modifications under the “Changes” clause.
(d) The contract cost principles and procedures in the Federal Acquisition Regulation (FAR) at Part 31
apply to the development of the required hourly rates. The CM shall comply with these prerequisites
in forming the required hourly rates for the indicated disciplines/labor categories in each time period
and any pricing for additional services.
(e) In developing the required hourly rates and multiplier factors, the CM must include all allowable
overhead costs to include home office support, anticipated company-wide increases, fringe benefits,
individual employee promotions, all direct labor costs, computer time, data entry, CADD usage,
carrier/messenger services, local travel, supplies, equipment, communication services, and profit
associated with this contract. Price increases will not be granted for any alleged omissions or
miscalculations of contract pricing.
(f) The hourly rates listed by the CM and accepted at contract award will be the rates that will be used as
the basis for pricing future task orders issued under this contract. The base year and each option
period are to be separately priced based on the schedule at the end of this section. Regional multiplier
factors listed by the CM and accepted at contract award will be applied to the hourly rates for the base
year and each option year based on the location (GSA Region) where the work is to be performed.
I-B-4
B.8. Miscellaneous Items.
This term “Miscellaneous Items” refers to work or materials that may be required in support of the project
services under task orders. Advance approval by GSA is required for these “Miscellaneous Items”. Such
work, when required by the Government, will be handled as contract modifications under the "Changes"
Clause.
B.9. Additional Instructions.
(a) Offerors are cautioned that any offer may be rejected as non-responsive if it is materially unbalanced
as to prices for the base and/or the four optional contract periods. An offer is unbalanced when it is
based on prices which are significantly understated for some work and prices which are significantly
overstated for other work.
(b) Neither the CM nor its employees will be required to prepare, sign or seal any drawings or
specifications as part of the contract scope of work.
(c) Offerors must propose prices for all disciplines/labor categories in order to be considered for award.
Offerors may not use pricing alternatives which differ from these instructions.
(d) The Contractor is required to provide its own computer equipment and software adequate to fully
satisfy all operational requirements of this contract and task orders requiring field office operation
requirements. This should be considered in developing the price proposal as no reimbursement is
authorized for such items after award of the contract. This contract requires computerized capabilities
of the Contractor.
NOTES:
 Man-Day Rates = Hourly Rates multiplied by 8.
 Basis used for hourly rates shall be 2016 per annum plus 8 holidays.
 Data development and preparation requirements will be priced using the following scheduled rates.
 If required, testimony participation will be priced using the following schedule to the extent practicable.
 YOU MUST QUOTE AN HOURLY RATE FOR ALL DISCIPLINES/LABOR CATEGORIES IN THE
BASE YEAR AND FOUR OPTION YEARS IN ORDER TO BE CONSIDERED FOR AWARD.
 YOU MUST QUOTE A REGIONAL MULTIPLIER FACTOR FOR EACH OF THE 11 GSA REGIONS
IN ORDER TO BE CONSIDERED FOR AWARD. IF THE PROPOSED HOURLY RATES APPLY
TO ALL WORK NATIONWIDE, THEN A MULTIPLIER FACTOR OF 1.00 SHOULD BE
PROPOSED FOR ALL 11 GSA REGIONS.
THE TOTAL EVALUATED PRICE FOR EACH DISCIPLINE/LABOR CATEGORY IN THE
FOLLOWING SCHEDULES IS EQUAL TO THE GSA ESTIMATED MAN-HOURS TIMES THE CM’S
PROPOSED HOURLY RATE. THE FINAL EVALUATED PRICE IS EQUAL TO THE TOTAL
EVALUATED PRICE TIMES THE AVERAGE OF THE 11 REGIONAL MULTIPLIER FACTORS.
THE GSA ESTIMATED MAN-HOURS ARE SOLELY FOR EVALUATION OF THE CM OFFERS AND
DO NOT GUARANTEE A SPECIFIC LEVEL OF EFFORT TO BE PURCHASED BY THE
GOVERNMENT NOR THAT THE CORRESPONDING LABOR CATEGORY WILL BE USED.
I-B-5
B.10.
OFFER
(a) BASE YEAR MAN-HOUR RATES
DISCIPLINE/LABOR CATEGORY GSA ESTIMATED
MAN-HOURS
Contract Executive
1000
Quality Control Superintendent
4000
Project Architect-Manager
2400
Project Engineer-Manager
2400
Planner/Scheduler
800
Project Claims Analyst
400
Architect- Sr.
1500
Architect – Jr.
500
Mechanical Engineer - Sr.
1500
Mechanical Engineer – Jr.
500
Electrical Engineer – Sr.
1500
Electrical Engineer – Jr.
500
Structural Engineer - Sr.
1200
Structural Engineer – Jr.
300
Civil Engineer - Sr.
1200
Civil Engineer – Jr.
300
Testing Engineer – Sr.
800
Testing Engineer – Jr.
200
Environmental Engineer
200
Noise/Acoustical Engineer
200
Geotechnical Engineer
200
Fire Protection Engineer - Sr.
100
Fire Protection Engineer – Jr.
100
Telecommunications Engineer
100
Audio-Visual Engineer
100
Interior Designer – Sr.
100
Interior Designer – Jr.
100
Landscape Architect
100
Space Planner
200
Historic Preservationist
400
I-B-6
CM
PROPOSED
HOURLY
RATES
EVALUATED
PRICE
(a) BASE YEAR MAN-HOUR RATES CONTINUED
DISCIPLINE/LABOR CATEGORY GSA ESTIMATED
MAN-HOURS
Security Systems Engineer
200
Specifications Writer
200
Cost Estimator
2000
Draft person/CADD
400
Architectural Inspector
4000
Mechanical Inspector
2400
Electrical Inspector
2400
Structural Inspector
600
Roofing Inspector
400
Safety/OSHA Inspector
200
Concrete/Masonry Inspector
400
Geotechnical Inspector
400
Elevator Technician/Inspector
400
Certified Industrial Hygienist
400
Industrial Hygienist
800
Hazardous Material Technician
800
Testing Technician
1000
3 Man Survey Crew
100
4 Man Survey Crew
100
Marketing Assistant
200
Administrative Assistant
800
Word Processor
2000
CM
PROPOSED
HOURLY
RATES
EVALUATED EXTENDED PRICING (AGGREGATE TOTAL FOR BASE
YEAR)
I-B-7
EVALUATED
PRICE
______________
___
(b) OPTION YEAR #1 MAN-HOUR RATES
DISCIPLINE/LABOR CATEGORY GSA ESTIMATED
MAN-HOURS
Contract Executive
1000
Quality Control Superintendent
4000
Project Architect-Manager
2400
Project Engineer-Manager
2400
Planner/Scheduler
800
Project Claims Analyst
400
Architect- Sr.
1500
Architect – Jr.
500
Mechanical Engineer - Sr.
1500
Mechanical Engineer – Jr.
500
Electrical Engineer – Sr.
1500
Electrical Engineer – Jr.
500
Structural Engineer - Sr.
1200
Structural Engineer – Jr.
300
Civil Engineer - Sr.
1200
Civil Engineer – Jr.
300
Testing Engineer – Sr.
800
Testing Engineer – Jr.
200
Environmental Engineer
200
Noise/Acoustical Engineer
200
Geotechnical Engineer
200
Fire Protection Engineer- Sr.
100
Fire Protection Engineer – Jr.
100
Telecommunications Engineer
100
Audio-Visual Engineer
100
Interior Designer – Sr.
100
Interior Designer – Jr.
100
Landscape Architect
100
Space Planner
200
Historic Preservationist
400
Security Systems Engineer
200
Specifications Writer
200
I-B-8
CM
PROPOSED
HOURLY
RATES
EVALUATED
PRICE
(b) OPTION YEAR #1 MAN-HOUR RATES CONTINUED
DISCIPLINE/LABOR CATEGORY GSA ESTIMATED
MAN-HOURS
Cost Estimator
2000
Draft person/CADD
400
Architectural Inspector
4000
Mechanical Inspector
2400
Electrical Inspector
2400
Structural Inspector
600
Roofing Inspector
400
Safety/OSHA Inspector
200
Concrete/Masonry Inspector
400
Geotechnical Inspector
400
Elevator Technician/Inspector
400
Certified Industrial Hygienist
400
Industrial Hygienist
800
Hazardous Material Technician
800
Testing Technician
1000
3 Man Survey Crew
100
4 Man Survey Crew
100
Marketing Assistant
200
Administrative Assistant
800
Word Processor
2000
CM
PROPOSED
HOURLY
RATES
EVALUATED
PRICE
EVALUATED EXTENDED PRICING (AGGREGATE TOTAL FOR OPTION
YEAR #1)
______________
I-B-9
___
(c) OPTION YEAR #2 MAN-HOUR RATES
DISCIPLINE/LABOR CATEGORY GSA ESTIMATED
MAN-HOURS
Contract Executive
1000
Quality Control Superintendent
4000
Project Architect-Manager
2400
Project Engineer-Manager
2400
Planner/Scheduler
800
Project Claims Analyst
400
Architect - Sr.
1500
Architect – Jr.
500
Mechanical Engineer - Sr.
1500
Mechanical Engineer – Jr.
500
Electrical Engineer – Sr.
1500
Electrical Engineer – Jr.
500
Structural Engineer - Sr.
1200
Structural Engineer – Jr.
300
Civil Engineer - Sr.
1200
Civil Engineer – Jr.
300
Testing Engineer – Sr.
800
Testing Engineer – Jr.
200
Environmental Engineer
200
Noise/Acoustical Engineer
200
Geotechnical Engineer
200
Fire Protection Engineer- Sr.
100
Fire Protection Engineer – Jr.
100
Telecommunications Engineer
100
Audio-Visual Engineer
100
Interior Designer – Sr.
100
Interior Designer – Jr.
100
Landscape Architect
100
Space Planner
200
Historic Preservationist
400
Security Systems Engineer
200
Specifications Writer
200
I-B-10
CM
PROPOSED
HOURLY
RATES
EVALUATED
PRICE
(c) OPTION YEAR #2 MAN-HOUR RATES CONTINUED
DISCIPLINE/LABOR CATEGORY GSA ESTIMATED
MAN-HOURS
Cost Estimator
2000
Draft person/CADD
400
Architectural Inspector
4000
Mechanical Inspector
2400
Electrical Inspector
2400
Structural Inspector
600
Roofing Inspector
400
Safety/OSHA Inspector
200
Concrete/Masonry Inspector
400
Geotechnical Inspector
400
Elevator Technician/Inspector
400
Certified Industrial Hygienist
400
Industrial Hygienist
800
Hazardous Material Technician
800
Testing Technician
1000
3 Man Survey Crew
100
4 Man Survey Crew
100
Marketing Assistant
200
Administrative Assistant
800
Word Processor
2000
CM
PROPOSED
HOURLY
RATES
EVALUATED
PRICE
EVALUATED EXTENDED PRICING (AGGREGATE TOTAL FOR OPTION
YEAR #2)
______________
I-B-11
___
(d) OPTION YEAR #3 MAN-HOUR RATES
DISCIPLINE/LABOR CATEGORY GSA ESTIMATED
MAN-HOURS
Contract Executive
1000
Quality Control Superintendent
4000
Project Architect-Manager
2400
Project Engineer-Manager
2400
Planner/Scheduler
800
Project Claims Analyst
400
Architect - Sr.
1500
Architect - Jr.
500
Mechanical Engineer - Sr.
1500
Mechanical Engineer – Jr.
500
Electrical Engineer – Sr.
1500
Electrical Engineer – Jr.
500
Structural Engineer - Sr.
1200
Structural Engineer – Jr.
300
Civil Engineer - Sr.
1200
Civil Engineer – Jr.
300
Testing Engineer – Sr.
800
Testing Engineer – Jr.
Environmental Engineer
200
Noise/Acoustical Engineer
200
Geotechnical Engineer
200
Fire Protection Engineer - Sr.
100
Fire Protection Engineer – Jr.
100
Telecommunications Engineer
100
Audio-Visual Engineer
100
Interior Designer – Sr.
100
Interior Designer – Jr.
100
Landscape Architect
100
Space Planner
200
Historic Preservationist
400
Security Systems Engineer
200
Specifications Writer
200
I-B-12
CM
PROPOSED
HOURLY
RATES
EVALUATED
PRICE
(d) OPTION YEAR #3 MAN-HOUR RATES CONTINUED
DISCIPLINE/LABOR CATEGORY GSA ESTIMATED
MAN-HOURS
Cost Estimator
2000
Draft person/CADD
400
Architectural Inspector
4000
Mechanical Inspector
2400
Electrical Inspector
2400
Structural Inspector
600
Roofing Inspector
400
Safety/OSHA Inspector
200
Concrete/Masonry Inspector
400
Geotechnical Inspector
400
Elevator Technician/Inspector
400
Certified Industrial Hygienist
400
Industrial Hygienist
800
Hazardous Material Technician
800
Testing Technician
1000
3 Man Survey Crew
100
4 Man Survey Crew
100
Marketing Assistant
200
Administrative Assistant
800
Word Processor
2000
CM
PROPOSED
HOURLY
RATES
EVALUATED
PRICE
EVALUATED EXTENDED PRICING (AGGREGATE TOTAL FOR OPTION
YEAR #3)
______________
I-B-13
___
(e) OPTION YEAR #4 MAN-HOUR RATES
DISCIPLINE/LABOR CATEGORY GSA ESTIMATED
MAN-HOURS
Contract Executive
1000
Quality Control Superintendent
4000
Project Architect-Manager
2400
Project Engineer-Manager
2400
Planner/Scheduler
800
Project Claims Analyst
400
Architect - Sr.
1500
Architect – Jr.
500
Mechanical Engineer - Sr.
1500
Mechanical Engineer – Jr.
500
Electrical Engineer – Sr.
1500
Electrical Engineer – Jr.
500
Structural Engineer - Sr.
1200
Structural Engineer – Jr.
300
Civil Engineer - Sr.
1200
Civil Engineer – Jr.
300
Testing Engineer – Sr.
800
Testing Engineer – Jr.
200
Environmental Engineer
200
Noise/Acoustical Engineer
200
Geotechnical Engineer
200
Fire Protection Engineer-Sr.
100
Fire Protection Engineer – Jr.
100
Telecommunications Engineer
100
Audio-Visual Engineer
100
Interior Designer – Sr.
100
Interior Designer – Jr.
100
Landscape Architect
100
Space Planner
200
Historic Preservationist
400
Security Systems Engineer
200
Specifications Writer
200
I-B-14
CM
PROPOSED
HOURLY
RATES
EVALUATED
PRICE
(e) OPTION YEAR #4 MAN-HOUR RATES CONTINUED
DISCIPLINE/LABOR CATEGORY GSA ESTIMATED
MAN-HOURS
Cost Estimator
2000
Draft Person/CADD
400
Architectural Inspector
4000
Mechanical Inspector
2400
Electrical Inspector
2400
Structural Inspector
600
Roofing Inspector
400
Safety/OSHA Inspector
200
Concrete/Masonry Inspector
400
Geotechnical Inspector
400
Elevator Technician/Inspector
400
Certified Industrial Hygienist
400
Industrial Hygienist
800
Hazardous Material Technician
800
Testing Technician
1000
3 Man Survey Crew
100
4 Man Survey Crew
100
Marketing Assistant
200
Administrative Assistant
800
Word Processor
2000
CM
PROPOSED
HOURLY
RATES
EVALUATED
PRICE
EVALUATED EXTENDED PRICING (AGGREGATE TOTAL FOR OPTION
YEAR #4)
______________
I-B-15
___
(f) REGIONAL OVERHEAD/LABOR MULTIPLIER FACTOR
Offerors shall propose a multiplier for each of the 11 GSA Regions to account for variations in overhead and
labor costs in different areas of the United States. The multiplier factors will be accepted at award and
applied to the hourly rates proposed for the Base Year and Option Years 1-4 in preceding Sections B.10(a)
through B.10(e) to determine task order amounts when performing work in the corresponding GSA Regions.
The multiplier factors shall be stated to the nearest two decimal places. Where the hourly rates proposed in
Section B.10(a) through B.10(e) apply, the multiplier rate would be 1.00. Offerors must select at least one
region to serve as its base area to receive the 1.00 multiplier. A 1.00 multiplier may be used for more than
one region.
For evaluation purposes only, an average will be taken of the eleven (11) proposed regional multiplier
factors and applied to the total evaluated price in Section B.10(g) to establish a Final Evaluated Price for the
offer.
GSA Regions (Areas Covered By Each Region)
Region 1 – New England Region (Covers Connecticut, Maine, Massachusetts, New
Hampshire, Rhode Island, and Vermont)
Region 2 – Northeast & Caribbean Region (Covers New Jersey, New York, Puerto Rico,
and the Virgin Islands)
Region 3 – Mid Atlantic Region (Covers Pennsylvania, Delaware, Maryland
(excluding two counties covered by the National Capital Region), Virginia (excluding
counties covered by the National Capital Region, and West Virginia)
Region 4 – Southeast-Sunbelt Region (Covers Alabama, Florida, Georgia, Kentucky,
Mississippi, North Carolina, South Carolina, and Tennessee)
Region 5 – Great Lakes Region (Covers Illinois, Indiana, Michigan, Minnesota, Ohio,
and Wisconsin)
Region 6 – The Heartland Region (Covers Iowa, Kansas, Missouri, and Nebraska)
Region 7 – Greater Southwest Region (Covers New Mexico, Oklahoma, Texas, Arkansas,
and Louisiana)
Region 8 – Rocky Mountain Region (Covers Colorado, Montana, North Dakota, South
Dakota, Utah, and Wyoming)
Region 9 – Pacific Rim Region (Covers California, Arizona, Nevada, and Hawaii)
Region 10 – Northwest/Artic Region (Covers Alaska, Idaho, Oregon, and
Washington)
Region 11 – National Capital Region (Covers Washington, DC, Prince Georges and
Montgomery Counties in Maryland, plus Fairfax, Loudon, Prince William, and Arlington
Counties in Virginia including the cities of Fairfax, Falls Church, and Alexandria)
Average Multiplier Factor – To Be Used for Evaluation Only
(Average is equal to the total of the factor proposed for each of the 11 regions divided by
11. The average will be calculated to the nearest 3 decimal places)
I-B-16
Multiplier
Factor
(g) TOTAL EVALUATED PRICE OFFER
BASE YEAR EVALUATED PRICE
$
OPTION YEAR #1 EVALUATED PRICE
$
OPTION YEAR #2 EVALUATED PRICE
$
OPTION YEAR #3 EVALUATED PRICE
$
OPTION YEAR #4 EVALUATED PRICE
$
TOTAL EVALUATED PRICE $
AVERAGE MULTIPLIER FACTOR
FINAL EVALUATED PRICE (TOTAL EVALUATED PRICE $
TIMES THE AVERAGE MULTIPLIER FACTOR)
NOTE: THE FINAL EVALUATED PRICE IS SOLELY FOR EVALUATION OF THE CM
OFFERS AND DOES NOT GUARANTEE A SPECIFIC AMOUNT OF SERVICES TO BE
PURCHASED BY THE GOVERNMENT. LIKEWISE, THE ESTIMATED GSA MAN-HOUR
QUANTITIES FOR THE VARIOUS DISCIPLINES/LABOR CATEGORIES ARE FOR
EVALUATION PURPOSES ONLY AND DO NOT GUARANTEE THAT THE GOVERNMENT
WILL PURCHASE THE CORRESPONDING NUMBER OF HOURS FOR EACH LABOR
CATEGORY. THE ONLY GUARANTEED MINIMUM FOR THE CONTRACT IS AS STATED IN
PARAGRAPH B.2(c) OF THIS SECTION FOR THE BASE YEAR.
I-B-17
Download